Tender

Official Veterinarian Services at Border Control Posts

  • Falkirk Council

F02: Contract notice

Notice identifier: 2025/S 000-057954

Procurement identifier (OCID): ocds-h6vhtk-059dca

Published 19 September 2025, 9:14am



Section one: Contracting authority

one.1) Name and addresses

Falkirk Council

The Foundry, 4 Central Boulevard, Central Park

Larbert

FK5 4RU

Email

cpu@falkirk.gov.uk

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

http://www.falkirk.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Official Veterinarian Services at Border Control Posts

Reference number

PS/394/26

two.1.2) Main CPV code

  • 85200000 - Veterinary services

two.1.3) Type of contract

Services

two.1.4) Short description

Falkirk Council wishes to undertake a tendering process to enter into a framework agreement for the provision of Official Veterinarian Services at Border Control Posts at the Port of Grangemouth and Perth Harbour.

two.1.5) Estimated total value

Value excluding VAT: £200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85200000 - Veterinary services

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Port of Grangemouth and Perth Harbour

two.2.4) Description of the procurement

The Port of Grangemouth (GBDPE30) is a Border Control Post (BCP) which is designated for the importation of products of animal origin (POAO), high risk food and feed not of animal origin (HRFFNAO) and plastic kitchenware from China and Hong Kong.

Perth Harbour (GBPER12 is a BCP which is designated for the importation of products of animal origin not for human consumption (POAO-NHT).

Falkirk Council are seeking to appoint an Official Veterinarian (OV) to both BCPs as required by Regulation 10 (1) of The Trade in Animals and Related Products (Scotland) Regulations 2012.

The OV is responsible for ensuring the effectiveness of official controls at the Grangemouth and Perth BCPs.

two.2.5) Award criteria

Quality criterion - Name: Qualitative / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 January 2026

End date

31 December 2028

This contract is subject to renewal

Yes

Description of renewals

On conclusion of the initial three year framework agreement, an extension for a period of up to 12-month to 31 December 2029 without the need to call for further competition may be available.

Any extension shall be in the best interest of the Authority and shall take into consideration factors such as innovation and improvements to our service requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option of up to 12 months extension on conclusion of the initial three year period.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

See available tender documentation.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

It is a requirement of this tender that the bidder must hold a valid registration with Companies House. Where the bidder is not registered at Companies House they must be able to verify to the Council’s satisfaction that they are trading from the address provided in the tender and under the Company name given.

Royal College of Veterinary Surgeons Registration

All bidders and any proposed sub-contractors shall be a registered member or Fellow of the Royal College of Veterinary Surgeons (RCVS). Bidders will submit documentary evidence of their current and valid membership of RCVS within their Single Procurement Document submission on Public Contracts Scotland.

three.1.2) Economic and financial standing

List and brief description of selection criteria

A Credit safe credit scoring check will be run on registered Company Name and Company Number provided by the bidder. Where the resulting Credit Rating score is less than 30/100 the bidder may be excluded from the tender process unless suitable financial information is provided that gives satisfactory assurances to the Council regarding financial risk in appointing the bidder to the framework.

Minimum level(s) of standards possibly required

Employer’s (Compulsory) Liability Insurance = 10 Million GBP

Public Liability Insurance = 5 Million GBP

Product Liability Insurance = 5 Million GBP

Professional Indemnity = 5 Million GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

Royal College of Veterinary Surgeons Registration

All bidders and any proposed sub-contractors shall be a registered member or Fellow of the Royal College of Veterinary Surgeons (RCVS). Bidders will submit documentary evidence of their current and valid membership of RCVS within their Single Procurement Document submission on Public Contracts Scotland.

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

20 October 2025

Local time

11:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

20 October 2025

Local time

11:00am

Place

Falkirk

Information about authorised persons and opening procedure

Tendering opening committee comprises of Council Procurement Specialist.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: July 2028 if decision is taken not to extend. If extension is agreed, a further notice may be issued July 2029.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

See available tender documentation.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=796631.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Providers will be required to deliver community benefits in the Falkirk Council area, of a value equivalent to at least 0.5% of the spend by Falkirk Council in that year.

Examples of Community Benefits that may be suggested are as below. These are representative and not required examples:

- Donation of goods/materials to a local community group/project/school

- Donation of funds to a local community group/project or to a local foodbank

- Donation of funds to Falkirk Council’s Community Choices Fund

- Provision of expertise to a community group linked to animal welfare

(SC Ref:796631)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=796631

six.4) Procedures for review

six.4.1) Review body

Falkirk Sheriff Court and Justice of the Peace

Sheriff Court House, Main Street, Camelon

FALKIRK

FK1 4AR

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Falkirk Sheriff Court and Justice of the Peace

Sheriff Court House, Main Street, Camelon

FALKIRK

FK1 4AR

Country

United Kingdom